Hysbysiad contract - cyfleustodau
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
Thames Water Utilities Ltd
Procurement Support Centre — 3rd Floor East, C/O Mail Room, Rose Kiln Court
Reading
RG2 0BY
UK
E-bost: procurement.support.centre@thameswater.co.uk
NUTS: UKJ11
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: www.thameswater.co.uk
I.3) Cyfathrebu
Mae mynediad at y dogfennau caffael yn gyfyngedig. Gellir cael rhagor o wybodaeth yn:
https://www.thameswater.co.uk/procurement
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
https://www.thameswater.co.uk/procurement
Rhaid anfon tendrau neu geisiadau i gymryd rhan i'r cyfeiriad uchod:
I.6) Prif weithgaredd
Dŵr
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
Control and Automation Systems
Cyfeirnod: FA1469
II.1.2) Prif god CPV
42961000
II.1.3) Y math o gontract
Cyflenwadau
II.1.4) Disgrifiad byr
Thames Water wishes to award one or more framework agreements to supplier(s) capable of supplying low voltage assemblies and system integration services
The agreement will be covered by the following lots;
Lot 1: Low Voltage Assemblies and System Inegration,
Lot 2: Site System Integration,
Lot 3: RTU System Integration,
Lot 4: Small Pumping Station (SPS) Panels.
ICA and LVA assets will be delivered primarily via 2 routes in AMP 7;
• delivered as part of several multi-discipline Capital Projects through Tier 1s;
• delivered as a standalone Programmes of Work (separate ICA and LVA Program).
Agreements will be for an initial term of 3 years with the option to extend to a maximum of 8 years. Volumes will not be committed with any supplier.
Thames Water reserve the right to issue multiple awards for each lot to achieve the most efficient and economical service solution. Thames Water reserves the right to enter into a contract or contracts for the provision of all or any number of lots.
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 238 000 000.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Ydy
Gellir cyflwyno tendrau ar gyfer pob lot
II.2) Disgrifiad
Rhif y Lot 1
II.2.1) Teitl
Low Voltage Assemblies (LVAs) and Systems Integration
II.2.2) Cod(au) CPV ychwanegol
31214500
31214510
31214520
42961000
42961200
31211110
II.2.3) Man cyflawni
Cod NUTS:
UKJ
UKI
II.2.4) Disgrifiad o’r caffaeliad
Provision of a single integrated LVA and System Integration service including the design, manufacture, testing, delivery, installation and commissioning:
• New LVAs and modification of existing LVAs;
• New ICA and modification of existing ICA, including Fieldbus networks, PLC’s, PLC Networks, HMI’s and Site SCADA;
• New IEC61511 compliant Safety Instrumented Systems.
The MCC manufacturer will be required to form an alliance with a system integrator in order to deliver these services
We will award multi-supplier framework agreements and run mini-competitions to award packages or program of works.
II.2.5) Meini prawf dyfarnu
Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 123 000 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 96
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
Any agreement will be awarded for an initial duration of 3 years, with the option to extend up to a maximum of 8 years.
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
Y nifer o gyfranogwyr a ragwelir: 5
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Ydy
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Ydy
Disgrifiad o’r opsiynau:
Any agreement awarded would be for an initial duration of 3 years with options to extend up to a maximum of 8 years. There will be no commitment to volume and performance against service levels will be measured and reviewed.
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Rhif y Lot 2
II.2.1) Teitl
Site System Integration
II.2.2) Cod(au) CPV ychwanegol
31214500
31214510
31214520
42961000
42961200
31211110
II.2.3) Man cyflawni
Cod NUTS:
UKJ
UKI
II.2.4) Disgrifiad o’r caffaeliad
Provision at a single site of a System Integration service including the design, manufacture, testing, delivery, installation and commissioning:
• Replacement, upgrade and modification of existing PLC’s, PLC Networks, HMI’s and Site SCADA;
• New IEC61511 compliant Safety Instrumented Systems.
We will award multi-supplier framework agreements and run mini-competitions to award packages or program of works.
II.2.5) Meini prawf dyfarnu
Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 50 000 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 96
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
Any agreement will be awarded for an initial duration of 3 years, with the option to extend up to a maximum of 8 years.
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
Y nifer o gyfranogwyr a ragwelir: 5
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Ydy
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Ydy
Disgrifiad o’r opsiynau:
Any agreement awarded would be for an initial duration of 3 years with options to extend up to a maximum of 8 years. There will be no commitment to volume and performance against service levels will be measured and reviewed.
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Rhif y Lot 3
II.2.1) Teitl
RTU System Integration
II.2.2) Cod(au) CPV ychwanegol
31214500
31214510
31214520
42961000
42961200
31211110
II.2.3) Man cyflawni
Cod NUTS:
UKJ
UKI
II.2.4) Disgrifiad o’r caffaeliad
Provision, at multiple sites, of a system Integration service including the design, manufacture, testing, delivery, installation and commissioning:
Replacement, upgrade and modification of existing telemetry devices, offsite telecoms, Regional SCADA and/or Corporate Historian. telemetry devices include RTUs, EPSCs, loggers, SLM, EDMs
We will award multi-supplier framework agreements and run mini-competitions to award packages or program of works.
II.2.5) Meini prawf dyfarnu
Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 55 000 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 96
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
Any agreement will be awarded for an initial duration of 3 years, with the option to extend up to a maximum of 8 years.
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
Y nifer o gyfranogwyr a ragwelir: 5
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Ydy
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Ydy
Disgrifiad o’r opsiynau:
Any agreement awarded would be for an initial duration of 3 years with options to extend up to a maximum of 8 years. There will be no commitment to volume and performance against service levels will be measured and reviewed.
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Rhif y Lot 4
II.2.1) Teitl
Small Pumping Station Panels
II.2.2) Cod(au) CPV ychwanegol
31214500
31214510
31214520
42961000
42961200
31211110
II.2.3) Man cyflawni
Cod NUTS:
UKJ
UKI
II.2.4) Disgrifiad o’r caffaeliad
Provision of a single integrated LVA and System Integration service including the design, manufacture, testing, delivery, installation and commissioning:
• New LVAs and modification of existing LVAs;
• New ICA and modification of existing ICA, including Fieldbus networks, PLC’s, PLC Networks, HMI’s and Site SCADA;
• New IEC61511 compliant Safety Instrumented Systems.
We will award multi-supplier framework agreements and run mini-competitions to award packages or program of works.
II.2.5) Meini prawf dyfarnu
Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 10 000 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 96
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
Any agreement will be awarded for an initial duration of 3 years, with the option to extend up to a maximum of 8 years.
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
Y nifer o gyfranogwyr a ragwelir: 5
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Ydy
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Ydy
Disgrifiad o’r opsiynau:
Any agreement awarded would be for an initial duration of 3 years with options to extend up to a maximum of 8 years. There will be no commitment to volume and performance against service levels will be measured and reviewed.
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach
Rhestr a disgrifiad byr o’r amodau:
As detailed in the PQQ.
III.1.2) Statws economaidd ac ariannol
Meini prawf dethol fel y’u nodir yn y dogfennau caffael
III.1.3) Gallu technegol a phroffesiynol
Meini prawf dethol fel y’u nodir yn y dogfennau caffael
III.1.4) Rheolau a meini prawf gwrthrychol ar gyfer cymryd rhan
As detailed in section VI.3) and PQQ.
III.1.6) Adneuon a gwarantau sy’n ofynnol:
Bonds and/or parent company guarantees of performance and financial standing may be required.
III.1.7) Prif amodau cyllido a threfniadau talu a/neu gyfeiriad at y darpariaethau perthnasol sy’n eu llywodraethu:
Specified in the invitation to negotiate.
III.1.8) Ar ba ffurf gyfreithiol y bydd y gr?p o weithredwyr economaidd y caiff y contract ei ddyfarnu iddynt:
Consortia may be required to form a legal entity prior to award.
III.2) Amodau sy’n gysylltiedig â’r contract
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
negodi gyda galwad am gystadleuaeth
IV.1.3) Gwybodaeth am gytundeb fframwaith neu system brynu ddynamig
The procurement involves the establishment of a framework agreement with several operators.
Uchafswm nifer y cyfranogwyr a ragwelir yn y cytundeb fframwaith: 7
IV.1.4) Gwybodaeth am leihau nifer yr atebion neu’r tendrwyr yn ystod negodiad neu ddeialog
Troi at weithdrefn fesul cam er mwyn mynd ati’n raddol i leihau nifer yr atebion i’w trafod neu’r tendrau i’w negodi
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Na
IV.2) Gwybodaeth weinyddol
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
29/01/2021
Amser lleol: 12:00
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr
Hyd mewn misoedd: 12 (o’r dyddiad a nodwyd i dendr ddod i law)
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Ydy
Amseriad amcangyfrifedig ar gyfer cyhoeddi hysbysiadau pellach:
Between 3-8 years.
VI.2) Gwybodaeth am lifau gwaith electronig
Defnyddir archebion electronig
Derbynnir anfonebau electronig
Defnyddir taliadau electronig
VI.3) Gwybodaeth ychwanegol
All suppliers who wish to respond to this notice must request a pre-qualification questionnaire (PQQ) by using the link in Section I.3) of this notice, i.e. https://www.thameswater.co.uk/procurement
From your response form to the link in Section 1.3) or above, Thames Water's Procurement Support Centre will send you an email providing login details for our eSourcing system (IASTA Smartsource). To complete the PQQ you will need to login to IASTA Smartsource.
If the project requires it, you will receive an addition and septate survey to complete for Data Protection.
Note that your client may be Thames Water Utilities Ltd or another company within the Kemble Water group structure.
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Thames Water Utilities Ltd
Reading
UK
VI.4.3) Gweithdrefn adolygu
Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:
Thames Water Utilities Ltd will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into.
The Utilities Contracts Regulations 2016 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
VI.4.4) Y gwasanaeth lle y gellir cael gwybodaeth am y weithdrefn adolygu
Thames Water Utilities Ltd
Reading
UK
VI.5) Dyddiad anfon yr hysbysiad hwn
15/12/2020